The RFP Database
New business relationships start here

Mobile Occupational Health Surveillance Exams


Massachusetts, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SPECIFICATIONS/STATEMENT OF WORK

Mobile Occupational Health Medical Surveillance Examinations


1. PURPOSE 1-1. The purpose of the Massachusetts Army National Guard (MAARNG) Mobile Occupational Health Medical Surveillance Examination Program is to provide job-related medical surveillance examinations to approximately 200 MAARNG full-time support (FTS), and/or temporary personnel who are or could potentially be exposed to health hazards in the work environment. This statement of work does not cover state employees, emergency hires, or civilian contractors. The number of projected employees to be tested may change due to military related obligations. The contractor will only charge per test and set up for quantity of services rendered. The contractor will provide all labor, tools, supervision and supplies to conduct mobile medical surveillance testing for the MAARNG.


1-2. To conduct medical surveillance examinations at three (3) MAARNG work-sites/locations per the proposed schedule below: (sites may be changed or added depending on the need of the MAARNG).


a. Spring Testing Event:


(1) Combined Support Maintenance Shop (CSMS), Ayer, MA (2) Army Aviation Support Facility (AASF) #2, Westfield, MA


b. Fall Testing Event


(1)Army Aviation Support Facility (AASF) #2, Joint Base Cape Cod, MA


1-3. Test requirements may be different for each location. . All numbers are approximate and are not binding. Therefore, cost quotes should be on a per test basis with the overall/overhead requirements being taken into consideration and listed. Format of pricing will be by quantity, price and total.


REQUIREMENTS


2-1 Quality Control/Assurance measures consist of checks and rechecks to ensure the right employee receives the right examinations. A master roster of employees to be tested will be provided to the contractor. This master roster lists each individual employee by name and defines the examinations required for that person. As a second quality control/assurance measure, all test results will be organized and mailed, forwarded directly to the Occupational Health Nurse (OHN) by the vendor (2 hard copies, or encrypted downloads/email or other electronic media) will be checked for completeness and accuracy against the master roster. Address and phone number for the OHN:


Maria Costa JFHQ Safety Office
2 Randolph Road
Hanscom AFB, MA 01731
Email: maria.f.costa.mil@mail.mil
339-202-3317



2-2. GOVERNMENT-FURNISHED PROPERTY/SERVICES: The MAARNG will provide listings describing examinations required, their prerequisite criteria for standards as deemed necessary, and the master employee roster listing examinations authorized/required.


2-3. CONTRACTOR-FURNISHED ITEMS: The contractor will furnish all items necessary to meet the requirements of this contract. Vendors should have mobile equipment capability to provide required occupational health surveillance services for up to a minimum of 25 physicals daily. Medical Unit must be able to hook up to a 240 volt, 100 amp, single phase receptacle. Vendors will provide documented proof of current required technician certification/license and equipment calibration with their proposal. The vendor will provide their own medical supplies, office supplies and equipment needed for all testing and exams.
Contractor will administratively separate results: 1 copy to be sent directly to the employee's home of record. 2 copies sent directly to the OHN.


2-4. Audiograms MUST include an otoscopic examination and be performed by an individual certified and capable to conduct audiograms and use the Department of Defense DOEHRS-HC database; to include exporting, importing and uploads, and be able to provide the OHN with an uploaded database of the audiograms completed or electronically capable to download from contractor to our Defense Occupational and Environmental Readiness System-Hearing Conservation (DOEHRS-HC) system.


3. PERFORMANCE PERIOD


3-1. Medical surveillance testing to be completed during a timeframe based on the needs of the MAARNG and coordinated with availability of contractor.


3-2. Testing schedule will be coordinated through the Occupational Health Nurse. Contractor will be staffed to provide continuous exam operations during duty day hours 0700 to 1500 hours. Meal and break times will not disrupt services. Set up for the exams will be accomplished prior to the exams. Contractor will develop a schedule for the medical surveillance testing.


3-3. Initial Coordination: Contractor will contact and schedule an initial pre-performance correspondence with the MAARNG OHN within fifteen (15) working days after the award of the contract for the purpose of discussing the details of the specifications and implementation of services. Medical histories, questionnaires will be sent to the site designated by the OHN at least 2 weeks prior to testing.


3-4. In the event of contractor equipment failure, specific testing and/or parts of examinations which are not completed during the testing period are to be completed at a scheduled time mutually convenient to the Contractor and the MAARNG with no additional cost inquiries.
3-5. All results will be completed, analyzed, and sent to the employee (individual copy) and OHN no later than 30 days following the testing dates.


4. PROCEDURES AND STANDARDS


4-1. This contract is for "Non Personal" Health Care "Services", as defined in 37.101. In accordance with FAR Part 37.4 the Government may enter into a non-personal health care services contract with physicians, dentists and other health care providers under authority of 10 U.S.C. 2304 and 41 U.S.C. 253. The Government shall evaluate the quality of professional and administrative services provided, while the Government retains no control over the medical, professional aspects of services rendered. The Contractor will indemnify the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. The Contractor will maintain medical liability insurance, in a coverage amount acceptable to the Contracting Officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontractors, if any, for provisions of health care services, contain the requirements of the clause at 52.237-7, Indemnification and Medical Liability Insurance, including the maintenance of medical liability insurance. The contractor, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by this clause.


4-2. Contractor shall ensure all procedures are conducted in accordance with applicable American Board of Occupational and Environmental Medicine (ABOEM), American Association of Occupational Health Nurses (AAOHN), U.S. Department of Labor, Occupational Safety and Health Administration (OSHA), and the National Institute for Occupational Safety and Health (NIOSH) Standards.


4-3. Contractor shall ensure all clinical laboratory services are performed by a laboratory licensed through the U.S. Department of Health and Human Services (DHHS), Health Care Financing Administration pursuant to the terms of the Clinical Laboratories Improvement Act of 1967 (42 U.S.C. 263a) and the College of American Pathologies.


4-4. Contractor shall provide a Board eligible or Certified Occupational Medicine Physician to conduct job-related medical surveillance physical examinations and occupational health consultation services.


4-5. Privacy and Security. The Contractor shall ensure that all findings are clearly recorded on Government or other approved forms, and are protected by Privacy Act of 1974 and Health Insurance Portability and Accountability Act of 1996 (HIPAA) mandated safeguards to ensure confidentiality of health information.


4-6. Contractor shall arrange for the opportunity to consult with the Occupational Health Nurse of the MAARNG to coordinate or resolve issues that might arise before, during, and after the testing period.


4-7. Contractor shall perform a comprehensive review and written evaluation within 30-days following the conclusion of testing. The Occupational Health Nurse may contact and schedule a follow-up review and evaluation meeting to discuss positive and negative aspects of testing as necessary.


4-8. Contractor shall ensure licensed medical technicians will perform the Medical Surveillance Examination screening/testing elements. The medical surveillance person(s) to operate the audiogram must be certified by the Council for Accreditation in Occupational Hearing Conservation (CAOHC). Personnel conducting Spirometry shall be certified through a program approved by the National Institute for Occupational Safety and Health (NIOSH).


4-9. Contractor shall ensure instrumentation must meet or exceed appropriate performance standards, and accuracy must be verified in accordance with current Occupational Medicine Certification standards.
Contractor shall provide the COR with a Quality Assurance Medical Surveillance Plan (QAMSP) listing the procedures or processes, which shall be utilized to meet the requirements discussed in the PWS.


4-10. Instrumentation must meet or exceed appropriate performance standards and calibration accuracy must be verified IAW current Occupational Medicine Certification standards.


4-11. Contractor will ensure health care workers fully comply with the requirements of 29 CFR 1910.1030 Bloodborne Pathogens Standard.


5. SPECIFIC TASKS: The following tests/examinations may be required and must meet the criteria specified:


5-1. Dermatological examinations: must be performed by a physician and include an inspection of the integumentary system with emphasis on areas most likely to be affected by the employee's occupational exposures. Documentation will include the presence of any dermatoses or lesions of the skin. Dermatological referrals may be recommended.


5-2. Laboratory tests will be processed by certified clinical laboratories and performed by personnel certified under the American Society of Clinical Pathology. The supporting laboratory will provide, at no additional cost, employee instruction and equipment necessary for tests requiring special collection methods and/or containers (i.e., specialty tests as requested, fasting, etc.). Tests may include any or all of the following:


a. Bilirubin, total.


b. Blood urea nitrogen (BUN).


c. Complete Blood Count (CBC) including partial differential and blood platelet counts (actual).


d. Creatinine, serum.


e. Eosinophil count.


f. Hemoglobin and hematocrit.


g. Peripheral smear morphology.


h. Red cell indices.


i. Reticulocyte count.


j. Triglycerides, Total Cholesterol to include HDL and LDL.


k. Urinalysis (UA), screening and microscopic.


l. Alkaline phosphatase (Alk PO4), Gamma Glutamyl Transpeptidase (GGTP), Serum Glutamic Oxalacetic Transaminase (SGOT), and Serum Glutamic Pyruvic Transaminase (SGPT) either individually or as part of a Liver Profile.


m. Zinc Protoporphyrin (ZPP) and Serum Lead must be processed by a laboratory meeting standards set forth in 29 CFR 1910.1025. Only on selected individuals


n. Heavy Metals to include chromium and cadmium (urine and blood levels). Only on selected individuals. Note: Other labs may be required based on exposure, i.e. chromium, copper, formaldehyde, benzene, etc.
Designated lab area will be cleaned and no specimens left.


5-3. Pulmonary Function Tests will meet the following criteria:


a. Performed by a licensed physician, Certified Pulmonary Function Technologist, or Registered Respiratory Therapist in accordance with 29 CFR 1910.1001. Reports will include respirator use clearance.


b. Test will include as a minimum Forced Expiratory Volume in one second (FEV1), Forced Vital Capacity (FVC), FEV1/FVC ratio, comparison with recognized normal results (Knudson) for the individual's height and weight, and a documented interpretation by a pulmonologist or certified Occupational Health physician.


c. Specifications regarding equipment guidelines and calibration test administration, and test interpretation must meet applicable OSHA and ANSI standards. Supporting documentation will be provided to the OHN upon request.


5-4. Vision screening will detect the possible need for visual correction. Parameters surveyed will include an occupational screen for far and near visual acuity, both eyes, left eye, right eye, stereo depth, vertical phoria, lateral phoria, color vision, and peripheral vision. On selected individuals: Nondestructive Inspection and Testing (NDI) vising screenings per FAA may be requested.


5-5. Audiogram must be performed in accordance with enclosure (Standard Testing Procedures for Army Hearing Conservation and Hearing Readiness) and will include a record of the threshold of audibility of each ear for pure tone test frequencies 500, 1000, 2000, 3000, 4000, and 6000 Hertz. Download of electronic database in the Defense Occupational and Environmental Readiness System-Hearing Conservation (DOEHRS-HC) will also be required. Significant Threshold Shifts and any OSHA recordable or reportable hearing loss will be documented by roster and provided to the OHN.


5-6. Vitals Statistics to include blood pressure, pulse, height and weight.


5-7. Physical Examination by a physician, physician assistant, or nurse practitioner with appropriate qualifications, training, licensing, and experience in occupational health. No chiropractors. Upon request, practitioner should be capable of performing a limited functional capacity exam on designated employees; to include weight lifting, range of motion, and identifying possible physical limitations.



5-8. Abnormal Clinical Findings. Any abnormal clinical findings on specimens that indicate the possibility of a present danger to the employee may be confirmed by repeat analysis on that specimen at no additional charge. Confirmed results will be reported immediately to the OHN. If abnormal findings are due to vendor error, e.g. artifacts on chest x-rays, test will be repeated at no addition charge.


5-9. Complete written reports/results will be administratively organized, put in envelopes as directed and forwarded to the Occupational Health Office address below (2 hard copies) within fifteen working days. Under no circumstances will written results be given to the employee's supervisor in accordance with the Privacy Act of 1974. Excel spreadsheets of results encompassing all results will be provided to the OHN.


5-10 Contractors are required to be registered in the Central Contractor Registration (CCR) database, an(d registered with the Wide Area WorkFlow (WAWF) system for invoicing and payments.


6. REFERENCES


6-1. Army Regulation 40-5, Preventive Medicine.


6-2. Title 29, Code of Federal Regulations, Part 1910: Occupational Safety and Health Standards.


6-3. Title 29, Code of Federal Regulations, Part 1960: Safety and Health Provisions for Federal Employees.


6-4. American National Standards Institute (ANSI) Z88.2-1992, American National Standard for Respiratory Protection, Respirator Use, Physical Qualifications for Personnel.


6-5. Threshold Limit Values and Biological Exposure Indices (TLVs) for 1996-1997, American Conference of Governmental Industrial Hygienists (ACGIH), Cincinnati, Ohio.


End of Statement of Work



FAR clauses


52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management (SAM)
52.204-19 All Clauses in SAM
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-2 Evaluation- Commercial Items
52.212-4 Contract terms and conditions-commercial items
52.212-5 Contract terms and conditions required to implement statutes or Executive Orders
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities (applicable over $15,000)
52.222-41 Service Contract Act of 1965 (services only)
52.222-42 Statement of Equivalent Rates for Federal Hires (services only)
52.222-50 Combating Trafficking in Persons
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-1 Buy America Act
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration
52.323-39 Unenforceability of Unauthorized Obligations
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses


DFAR clauses


252.203-7000 Requirements relating to Compensation of Former DoD officials
252.203-7005 Representation Relating to Compensation of Former DOD Officials
252.203-7996(DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation
252.203-7997(DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law
252.211-7003 Item Identification and valuation
252.212-7001 Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial items
252.232-7003 Electronic Submission of Payment Request and Receiving Reports
252.232-7006 Wide Area Workflow Instructions
252.232-7010 Levies on Contract payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel


Instructions: Please submit written quote NLT 12:00 p.m., February 13, 2017 including tax ID# and POC on a cover sheet. Please read the statement of work carefully, do not assume you will have the opportunity to correct any errors. All quotes or questions should be submitted to pedro.r.lara.mil@mail.mil.


Pedro R Lara, Contract Specialist, Phone 339-202-3836, Email pedro.r.lara.mil@mail.mil - Tyna M.Stevens, Procurement Specialist, Phone 3392023875, Email tyna.m.stevens.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP